Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
MODIFICATION

66 -- Digital Upgrade System for Instron Model 1125

Notice Date
5/5/2003
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0314
 
Response Due
5/8/2003
 
Archive Date
5/23/2003
 
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884,
 
E-Mail Address
anita.tolliver@nist.gov
 
Description
******NOTE: THE DEADLINE FOR THIS SOLICITATION HAS BEEN EXTENDED TO CLOSE OF BUSINESS ON MAY 8, 2003.****** THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-13. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The National Institute of Standards and Technology (NIST) has a requirement for a Digital Upgrade System for Instron Model 1125 (Note: The Instron Model 1125 is a mechanically actuated universal testing machine used to measure the mechanical properties of materials) All interested offerors shall provide a quote for the following line items: Line Item 0001: One (1) Digital Upgrade System for Instron Model 1125, which shall meet the specifications as stated in Attachment I, which is located at http://www.fedbizops.gov/ under RFQ Number SB1341-03-Q-0314. For Specification #9, the Contractor shall provide microcomputers, including personal computers, monitors, and printers, to meet ?EPA Energy Star? requirements for energy efficiency. They shall be equipped with the energy efficient low-power standby feature as defined by the EPA energy Star computers program. This feature shall be activated when the equipment is shipped and shall be capable of entering and recovering from the low-power state unless the equipment meets Energy Star efficiency levels at all times. Line Item 0002, Delivery FOB Destination, Quantity one (1) shipment: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Delivery shall occur within less than 30 days after receipt of the purchase order. Line Item 0003: On-site installation. Installation shall occur within 14 days of receipt of the equipment, Quantity one (1) job. Line Item 0004: On-site training at NIST, Gaithersburg, Maryland. The Contractor shall provide on-site training for two (2) people for one (1) day on the complete tutorial on the operation of the new digital controller. Training shall occur within 7 working days of completion of the installation. Line Item 0005: Manuals: The Contractor shall provide a complete set of manuals that are provided in the commercial market with the equipment, which shall at a minimum include the following manuals: A complete set of operational manuals including those required for routine maintenance and use in the LabVIEW environment. The manuals may be provided in CD format. The offeror shall indicate in their quote if the manuals are in the CD format or hardcopy. Line Item 0006: Warranty: The Contractor shall state the warranty coverage provided for the equipment quoted. The warranty coverage shall be at a minimum the standard commercial warranty. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price, and other factors considered. The following will be used to evaluate quotations: 1) Previous corporate experience in providing equipment that meets similar requirements, including digital and analog data acquisition and control systems, load cell and extensometer (strain gauge) feedback, and compatibility with and performance in a LabVIEW environment.; 2) Technical capability to meet or exceed agency need, which will include the review of a clear listing of how the quoted commercially available item meets each requirement as stated in the specifications; 3) Past Performance which will be evaluated by reference checks regarding that the offeror has a demonstrated record of delivering commercially available items on time and within a reasonable time frame, being responsive to Government inquires, and cooperating effectively to solve unforeseen problems and/ or the offeror?s recent and relevant past performance on contracts with NIST or its affiliates; and 4) Price. Evaluation factors 1, 2 and 3 when combined are more important than price. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (19)(i) Alternate I of 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act?Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. The Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer also applies to this acquisition and can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit an original and two (2) copies of the following: 1) A quotation which addresses all line items; 2) Technical description and/or product literature which addresses previous corporate experience as described in Evaluation Factor 1 and a clear listing of how the quoted commercially available item meets each requirement as stated in the specifications; 3) The most recent published price list(s); 4) The Contractor shall provide five (5) or more references to be used for past performance checks as stated in Evaluation Factor 3 to include the following information: Name of contracting activity, contract number, contract type, description of the requirement, total contract value, contracting office, and telephone number, and program manager and telephone number; and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Anita Tolliver, RFQ SB1341-03-Q-0214, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. local time on May 8, 2003. Faxed quotes will not be accepted.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00317732-W 20030507/030505213241 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.